Loading...
HomeMy WebLinkAboutPK06-252 - Original - Engineered Control Systems, Inc. - Replace Security Control & Monitoring System - 12/15/2006 Records Ma,aag'Oe' 'men't- KENT WASHINGTON _ Document i� CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact City Clerks Office. Vendor Name: iCS) Vendor Number: p JD Edwards Number Contract Number. / K0(0- '$-a This is assigned by Deputy City Clerk Description: `" r Detail: Project Name,,: Contract Effective Date: Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: V V Department: Abstract: S Pubhc\RecordsManagement\Forms\ConlractCover\ADCL7832 07/02 KEN* T WA S'NINGTON GOODS & SERVICES AGREEMENT between the City of Kent and Engineered Control Systems, Inc. g Y THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Engineered Control Systems, Inc. organized under the laws of the State of Washington, located and doing business at 2702 North Perry, Spokane, WA 99207 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: Replace the detention security control and monitoring system at the City's correctional facility located at 1210 Central Avenue, Kent, Washington, in accordance with Vendor's three (3) page proposal dated May 31, 2006, and two (2) page fee schedule dated November 28, 2006, attached and incorporated as Exhibit A, and Vendor's nine (9) sheet drawing set entitled City of Kent Corrections Facility Security Electronic Systems Upgrade dated November 14, 2006 ar' incorporated as Exhibit B. A 9 Vendor acknowledges and understands that it is not the City's exclusive;pidsFder.' es 40!1" materials, or services and that the City maintains its unqualified right to obtain these ;:ii�te�iL , and services through other sources ``��,,// II. TIME OF COMPLETION. Upon the effective dat oT this Agreement, V epdor shall complete the work and provide all goods, materials, and services by , 2007 In addition to the time of completion, Vender shall perform the work in such a manner that no part of the door control and/or intercom systems will be inoperable for a period of more than fourteen(14 days) III. COMPENSATION. The City shall pay the Vendor an amount not to exceed $269,237.00, plus applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The Vendor shall invoice the City monthly. If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. The City will pay for the portion of the work described in the invoice that has been completed by the Vendor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any GOODS&SERVICES AGREEMENT- 1 (Over$10,000 00, including IVSST) reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. THE MAKING OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. LIQUIDATED DAMAGES. Time is of the essence for this contract. The security and monitoring system at the City's correctional facility is critical to the effective handling of the inmate population, with providing inmate services, and with the inmates interacting with the city's court and police department. Failure of the correctional facility to operate effectively can also pose a serious threat to the general public. As such, the City considers it imperative that the Vendor substantially complete all work within the timelines established in this Agreement, and in such a manner that no part of the door control and/or intercom systems will be inoperable for a period of more than fourteen (14 days) The Vendor's commitment to completing the work within the timelines provided in this Agreement comprises valuable consideration for entering into this Agreement. If the Contractor fails to perform as specified in Sections 1 and II above, the Contractor will be in breach of this contract, and the City, whose responsibility is to protect the health, safety, and welfare of the general public will suffer damages that create an additional burden to Kent taxpayers by increasing the City's time devoted to contract administration as well as additional costs incurred to maintain proper control and supervision of inmates as a result of this breach. Because the parties find it impractical to calculate the actual cost of delays, the parties have agreed that in such an event, the City shall be entitled to the payment of$87.00 per inmate for each day the work is delayed as liquidated damages for failure to complete the physical work of the contract on time. The City may deduct these liquidated damages from any money due or to become due to the Contractor. The parties have used their best efforts to fix this amount of liquidated damages as a reasonable forecast of just compensation for the harm that will be caused from the breach The parties do not intend this as a penalty In the event the City grants an extension of time for one or more calendar days prior to any of the established times for completion for a particular schedule(s), the Contractor's date for completion of the work specified herein shall be adjusted forward accordingly. V. PREVAILING WAGES. Vendor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Vendor shall pay prevailing wages in effect on the date the bid is accepted or executed by Vendor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VI. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. VII. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's GOODS& SERVICES AGREEMENT-2 (Over$10,000 00, including WSST) possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VIII. CHANGES. The City may issue a written change order for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that a change order is necessary, Vendor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XVI(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Vendor fails to require a change order within the time allowed, the Vendor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the change order work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Vendor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. IX. CLAIMS. If the Vendor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items I through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; GOODS& SERVICES AGREEMENT-3 (Over$10,000 00, including WSST) 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order(including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. GOODS&SERVICES AGREEMENT-4 (Over$10,000 00, including WSST) Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XIII. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XV. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. GOODS& SERVICES AGREEMENT-5 (Over$10,000 00, including TVSST) D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any - Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. IN WITNESS, the parties below execute this Agreement,which shall become effective on the last date entered below. VENDOR: CITY: ENGINEERED CONTROL SYSTEMS CITY OF KENT By: � ✓ "" (sign re) By: Print Name' 1A fl y r n 60 (signature) Its Print N e: u tte Cooke tle) or DATE: Its DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Bob Ellis, President Mike Hattrup, Project Coordinator Engineered Control Systems, Inc. City of Kent 2702 North Perry 220 Fourth Avenue South Spokane, WA 99207 Kent, WA 98032 (509) 483-6215 (telephone) (253) 856-5082 (telephone) (509) 483-5102 (facsimile) (253) 856-6080 (facsimile) APPROVED AS TO FORM: GOODS& SERVICES AGREEMENT-6 (Over$10,000 00, including WSST) - e t Law D pa ment t P LrvIFlly\ppeFJaWJ6S1JJ6YngmeerttlComdSyaConvn Em GOODS& SERVICES AGREEMENT-7 (Over$10,000 00, including NSW) 6 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. '0) Dated this day of flo,ce,�^ �e r , 200�. By: For: ENGINEERED CONTROL SYSTEMS Title: L r~ Date: EEO COMPLIANCE DOCUMENTS- 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments a 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS -2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Vendor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date)—, between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of 200_ By: For: Title: Date: i EEO COMPLIANCE DOCUMENTS -3 of 3 YN f10 VAlIV6 .C7f 1171C7N May 31, 2006 City of Kent - Parks, Recreation, & Community Services Attn Mr Michael Hattrup Re Proposal to Replace Detention Security Control and Monitoring System at CKCF Dear Mr Hattrup: Thank you for you and your staffs time when we toured your facility and reviewed the condition and operation of the City of Kent Correctional Facility We value our correctional customers, especially those in our backyards, and strive to provide the most reliable and usable systems possible ECS is a Correctional Systems Integrator, specializing in the design and application of high-tech security solutions to the modern Correctional facility We focus on the western half of the country, with projects ranging in locations from the Island of Guam to Barrow, Alaska in the Arctic, and varying in size from $10,000 to $7,000,000 ECS features a factory-trained staff of 27 engineers, technicians, and support personnel, and is the only correctional integrator in the West with its own UL-Listed Panel Fabrication Shop In the last number of years, we have seen a significant shift in projects from providing and installing security electronics in new facilities such as projects for the State at Walla Walla, to approximately 50% of our work now involved in retrofitting existing, operating facilities like yours Current retrofit projects include remodeling $5 million projects like Multnomah County's high-rise)ail in Portland, to smaller)ail facilities such as the Sunnyside Police Station for$150,000. Other completed retrofit projects include customers such as Grant County, Ferry County, Snohomish County, Kitsap County, and Lewis County, all of which were operating, occupied facilities 1. Detention Control System: Under this proposal, ECS will replace the existing detention control and intercom head-end systems with a new, PLC-based touchscreen system, identical to the projects listed above and which is the standard for the States of Alaska and Washington The PLC's (Programmable Logic Controller) will be the Square D/ Modicon family of industrial controllers, the same robust controllers as used in power plants and nuclear facilities. Two new LCD touchscreen workstations would be installed in Central Control as operator interfaces, with either workstation capable of operating independently of the other This provides redundancy, plus, in the event of a crisis, one operator could focus on the crisis area while the other continues the operating and monitoring of the rest of the facility With these workstations, the operator has full access to all door control, intercom, CCTV video, lighting control, inmate phone control, elevator control, and alarm monitoring such as generator, doors, evidence rooms, and duress, in an easy-to-use, integrated control package Additional touch panel workstations will be installed at the Lobby Window and Booking Department locations, with each touch panel able to control local doors and intercom stations When not in use, or in an emergency duress situation, control of these local points can be transferred to Central Control 1 ENGINEERED CONTROL SYSTEMS,INC 2702 North Perry ' Spokane WA " 99207 ` (509)483-6215 ' FAX (509)483.5102 Licenses WA# ENGINCS05513M, ID# 12844-B-4(8,47), OR# 0118365 2 Intercom System: The intercom amplifiers and associated switching relays would be replaced with new, modern amplifiers and controllers Each workstation can Independently receive Intercom calls, or initiate calls to remote intercom stations, with each point Integrated with Its associated door for ease and speed of selection The existing Intercom stations and field wiring would be re-used, and assumed to be in good working condition Audio threshold alarms would be added to the five Dayrooms, to allow for automatic alarm annunciation and camera call-up in the event of the area noise exceeding a calibrated threshold level The intercom call buttons in one cell in each Housing Unit would be lowered to meet ADA requirements 3. CCTV Video Upgrades: A new Vicon video matrix switcher will be provided for the control of video signals, with capability of growth to handle all of your future expansion needs The CCTV system will be integrated with the touchscreen/PLC system, so that events, such as door or intercom selection, or alarm responses, will automatically bring up the associated cameras for that location Each workstation in Central Control will have a 20" LCD flatscreen monitors with quad screen splitter, to allow for the simultaneous viewing of 4 images on each monitor, selectable by the operator A third flatscreen monitor will be provided to allow for additional surveillance as needed A 16-channel DVR (Digital Video Recorder) will be supplied to provide continuous recording of 9 fixed Owner-selected cameras, typically Dayrooms and other such locations, and 7 cameras selectable by the Control Room operator from the touchscreen on an as-needed basis The DVR shall be capable of being tied into the City Ethernet LAN to allow for remote viewing at desktop PC's New fixed color cameras will be installed in the 5 Dayrooms, 1 Holding Cell, Vehicle Sallyport, and the Outdoor Recreation Yard to provide near 100% coverage of the areas The cameras will have housings appropriate for the intended location's environment The 4 existing Annex cameras will be tied into the system over an existing fiber provided through the City's fiber backbone 4 Access Control System: A new card reader will be installed at the first floor exterior entryway to allow for entry by CKCF employees, without having to interrupt Control Room operations The system shall consist of a reader matching the existing City's system and cards, and a new door controller and software to be installed on a City-provided PC As provided, the system is infinitely expandable, and is capable of running a system the size of Seattle. 5. Fire Alarm System: The existing EST fire alarm system shall be connected to the touchscreen system for annunciation purposes Any fire alarm generated by the EST panel will show up on the touchscreen in a graphical fashion, thereby showing the exact location of the alarm on a floor plan layout. This permits the operator to immediately and intuitively understand the location and nature of the alarm Additionally, an EST smoke or heat detector will be added to the WR restroom and connected to the EST panel to provide annunciation and alarming for that location As ECS is a certified EST partner, we will take care of the installation, connection, and programming of the system to accommodate the changes It will be necessary for the City to verify the availability of the program disk, which was reported by the maintenance staff to be stored in the panel. 2 ENGINEERED CONTROL SYSTEMS,INC. 2702 North Perry * Spokane WA * 99207 * (509)483-6215 * FAX (509)483-5102 Licenses WA# ENGINCS055DM, ID# 12844-B-4(8,47), OR# 0118365 Eel � P - The existing Central Control Room consoles should be remodeled, partially to accommodate the new workstations, but more importantly, to Improve the operation of the area With the new system, ergonomics can be improved to reduce operator fatigue and physical stress, visual sightlines of the corridors outside will be enhanced, and the space can be better utilized due to the smaller space requirements of the system We would suggest that the existing consoles be replaced with new modern cabinetry, which would allow for the recessed mounting of the LCD touchscreens and monitors and provide for a more efficient layout It is envisioned that the County provide and install the new cabinetry, as you should be able to procure the work locally, if not with your own forces, and at a better cost ECS will assist with the development and design of the new Control Room layout, and if need be, can procure the cabinetry, although at additional cost. Any existing non-security components, such as PC's and radio systems, would have to be relocated to the new consoles by the County ECS would be responsible for the removal of the security electronics from the existing consoles and installation of the new security components in the new cabinetry The County would be responsible for the removal of the existing consoles With this approach, the County will have a more efficient layout, with the ability to expand without impacting space and existing workloads Every effort will be made to keep the system downtime to a minimum, and reduce the impact to the operation of the facility The system shall be pre-manufactured and thoroughly tested in our facility At the completion of our testing, you and your staff are invited to review and test the system in our facility, and provide input as to desired changes, as you know and understand the functioning of your facility better than anyone else After completion of the changes, the system shall be certified to UL standards, and receive its UL listing At that point, the system is carefully packaged and shipped to the jobsite for installation The system will be pre-installed as much as possible, and started up, with labor to install the touchscreen in a temporary location until the physical control room modifications are completed Each component will be transferred over, one at a time, to the new system, until the transfer is complete. At that point, the existing consoles will be demolished and the new cabinetry installed Then the touchscreens will be relocated into their permanent location, Owner training completed, and maintenance documentation and as-built drawings submitted to complete the installation Thank you for your consideration of our proposal, and if required, a second demonstration of the system can be provided on-site for your staff review and education Please call this office at your earliest convenience if you should have any questions, and again, thank you and we look forward to working with you. Sincerely, Bob Ellis President, Engineered Control Systems bob(a)ecs-systems com 3 ENGINEERED CONTROL SYSTEMS,INC 2702 North Perry • Spokane WA . 99207 ` (509)483-6215 ' FAX (509)483-5102 Licenses WA# ENGINCS055DM, ID# 1284413-4(8,47), OR# 0118365 iav FIUVR TNF SU LlinnhtE City of Kent—Parks, Recreation, & Community Services Attn, Mr. Michael Hattrup DATE: 11/28/06 PROJECT: City of Kent Correctional Facility Control System Replacement Revised Proposal Base Bid: $270,207.00 plus applicable taxes. Alternate Price#1 ($3,350.00) 1)The touch panel planned for the control room entry window will not be installed 2) Install a touch panel in place of an existing panel located in the Clerk's office for controlling 4 doors Remove the existing panel 3) The small touch panel planned for booking is not to be installed Install a single button behind the booking desk for controlling door 138a.The button can be disabled from the control room touch screen.The button can only open door 138a according to the interlock rules at that door. Alternate Price#2 $580.00 1)Add to the touch screen system a new monitored point,AC generator. Monitor the AC Generator dry contact, producing an alarm when it turns on.This estimate provides associated hardware, programming and testing 2)This estimate is based on the site providing a dry contact on the AC Generator The site is to provide and install their own 2-conductor wire for monitoring this point Pull the wire to CAB-03 enclosure located in the control room 3)A spare input will be utilized for this operation Alternate Price#3 $1,800.00 1)The DVR is to be installed in the room"supply Closet"due to limited room inside the control room. This change covers cable and labor for extending 16 coax cables from the CCTV rack-01 to the DVR The DVR will sit on a desk provided by the owner. 2)This estimate is based on the cable running in available raceways or open air This estimate provides conduit only from rack-01 to above ceding in the control room Additional conduit requirements will require additional costs. Total bid price: $269,237.00 The Terms and Conditions of Sales shown below are a part hereof, NET 30 DAYS Engineered Control Systems Proposal Accepted by: Jim Blair Title* Chief Estimator Date Engineered Control Syeteme 1 2702 North Perry " Spokane wA 99207 " (509) 483-6215 i FAX (509) 483-5102 TERMS AND CONDITIONS OF SALE (CONTRACT SALES) 1 REMITTANCES All invoices shall be due and payable upon receipt in United States currency,free of exchange,collection, or any other charges,or as otherwise agreed upon and set forth in writing by ENGINEERED CONTROL SYSTEMS (hereinafter called "Se6er") The Customer,it so requested agrees to furnish Seller with all information including financial statements,necessary to make a proper credit appraisal Refusal to supply such information may cause this proposal to be withdrawn Terns of payment onginally granted are subject to the approval of continued credit status Prices are subject to correction for error 2 PROPOSALS Proposals are based upon straight-time labor Any request by the Customer for overtime work shall be considered an extra This Proposal expires 30 days after its dale,subject to the provisions of the first sentence of the paragraph below entitled "Acceptance of Terms" 3 PROGRESS PAYMENTS Seller reserves the right to invoice Customer monthly as the work progresses for all materials delivered to the job site or to an off-sit facility and for all work performed on-site and off-site Engineering,drafting and other mobilization costs incurred prior to installation shall be included in Sellers initial invoice and be equal to fifteen percent(15%)of the contract price Invoices are due upon receipt by Customer If the Customer becomes overdue in any progress payment,Seller shall be entitled to suspend work,shall be entitled to interest at the annual rate of 18%or the maximum permitted by the State of Washington and also to avail itself of any other legal remedies Seller shall also be entitled to interest on all amounts retained by Customer from progress payments or otherwise Customer agrees that he will pay andlor reimburse Seller for any and all reasonable attorney's fees which are incurred by Seller in the collection of amounts due and payable hereunder 4. CANCELLATION AND SUSPENSION Any contract resulting from this proposal is subject to cancellation or instructions to suspend work by the Customer only upon agreement to pay Seller adjustment charge 5 TAXES The amount of any future sales,use,occupancy,excise,or other tax,federal,state,or local which Seller hereafter shall be obligated legally to pay,either on its own behalf or on behalf of the Customer or otherwise,with respect to the material covered by this proposal shall be added to such prices and paid by the Customer 6 LOSS DAMAGE OR DELAY Seller shall not be liable for any loss,damage,or delay occasioned by any cause beyond Seller's control,including but not limited to governmental actions or orders,embargoes,strikes,differences with workmen,fires,floods, accidents,or transportation delays IN NO EVENT SHALL SELLER BE LIABLE FOR ANY CONSEQUENTIAL OR SPECIAL DAMAGES 7 WARRANTY Seller warrants that the equipment manufactured and services furnished by it and covered by this proposal are free from defects in material and workmanship under normal use and service and without charge,equipment to be so defective in material or workmanship will be repaired or replaced,if written notice of failure is received by Seller within one(1)year after date of installation, provided said equipment has been operated in accordance with Seller's instructions and provided such defects are not due to abuse, fire or decomposition by chemical or galvanic action THIS EXPRESS WARRANTY IS IN LIEU OF AND EXCLUDES ALL OTHER WARRANTIES,GUARANTEES,OR REPRESENTATIONS,EXPRESS OR IMPLIED THERE ARE NOT IMPLIED WARRANTIES OR MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE Seller assumes no responsibility of repairs made on Seller's j equipment unless done by Seller's authorized personnel,or by written authority from Seller Seller makes no guarantee with respect to material not manufactured by it B PURCHASER'S REMEDIES The Customer's remedies with respect to equipment found to be defective in material or workmanship shall be limited exclusively to the right or repair or replacement of such defective equipment IN NO EVENT SHALL SELLER BE LIABLE FOR CLAIMS(BASED UPON BREACH OR IMPLIED WARRANTY)FOR ANY OTHER DAMAGES,WHETHER DIRECT,IMMEDIATE,FORESEEABLE,CONSEQUENTIAL,OR SPECIAL OR FOR ANY EXPENSES INCURRED BY REASON OF THE USE OR MISUSE OF EQUIPMENT WHICH DOES OR DOES NOT CONFORM TO THE TERMS AND CONDITIONS OF ANY CONTRACT RESULTING FROM THIS PROPOSAL 9 PATENT INFRINGEMENT Seller will hold its Customer and the Owner harmless from infringement of any United States patent covering equipment of its manufacture This,of necessity,is limited to the equipment per se and cannot be extended to applications of such equipment in a system,except in writing by an officer of Seller The Customer and Owner shall advise Seller immediately in the event any claims of infringement are brought to their attention 10 GOVERNING LAW Any contract resulting from this proposal shall be governed by,construed,and enforced in accordance with the laws of the State of Washington 11 CERTIFICATION The person whose signature appears on the fact side hereof hereby certifies that,to his best knowledge and belief,the annexed bid is not the result of any agreement,arrangement or understanding between the Seller and any other manufacturer or Seller of electronic control systems and that the prices,terms or conditions thereof have not been communicated by or on behalf of the Seller to any such person and will not be communicated to any such person prior to the official opening of said bid 12 ACCEPTANCE OF TERMS This proposal shall become a binding contract between the Customer and Seller when accepted in writing by the Customer and when subsequently approved in writing hereon by ENGINEERED CONTROL SYSTEMS or by our written acceptance of your purchase order by ENGINEERED CONTROL SYSTEMS Such acceptance shall be with the mutual understanding that the terms and conditions of this proposal are a part thereof with the same effect as though signed by both parties named herein and shall prevail over any inconsistent provision of said order No waiver,alteration,or modification of the terms and conditions on this and the face side hereof shall be binding unless in writing and signed by and authorized representative of ENGINEERED CONTROL SYSTEMS Engineered Control Systems 2 2702 North Perry * Spokane WA 99207 * (509) 483-6215 * FAX (509) 483-5102 1 _ 0 EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185 There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a$2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain,the following provisions for Automobile Liability and Commercial General Liability insurance 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than AN IL IL E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. A(RD,, CERTIFICATE OF LIABILITY INSURANCE izioii20061 PRODUCER (509)325-3024 FAX (509)325-1803 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Moloney, O'Neill , Corkery & ]ones, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 120b N Lincoln, Suite #200 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Spokane, WA 99201 AAI, CIC, Sharon Work INSURERS AFFORDING COVERAGE NAIC# INSURED Engineered Control Systems Inc INSURER Navigators Insurance Co 2702 N Perry INSURER B Spokane, WA 99207 INSURERC INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR 91 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE IMMIDDIYYI DATE(MMIDDi GENERAL LIABILITY SE06CGLOO4267 08/17/2006 08/17/2007 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 50,000 CLAIMS MADE I OCCUR MED EXP(Any one person) $ 5,00( A PERSONAL&ADV INJURY $ 1,000,00( GENERAL AGGREGATE $ 2,000,00( GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGO $ 2,000,00 POLICY PRO- JECT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ IPer accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR ❑CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WCRY STATU OTH- TO Lim TS FIR EMPLOYERS'LIABILITY — ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED E L DISEASE-EA EMPLOYEE $ If yes describe under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ity of Kent as additonal insureds as respect to the work performed by the named insured attached form ANF-ES 160 [5/06] attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Kent 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AttN; Rosalie Green, Parks Facility BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 220 4th Avenue South OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES Kent, WA 98032 AUTHORIZED REPRESENTATIVE ^) Hal Si ` /�J'su/'QY// ACORD 25(2001108) ©ACORD CORPORATION 1988 / THIS ENDORSEMENT CHANGES THE POLICY. PLEASE RLAD IT CAREFULLY.\ BLANKET ADDITIONAL INSURED ENDORSEMENT (EXCLUDING RESIDENTIAL) This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) CG 20 10 11 85 SCHEDULE Name of Person or Organization: Any person or organization that the named insured is obligated by virtue of a written contract or agreement to provide insurance such as is afforded by this policy WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you The following additional provisions apply to any entity that is an insured by the terms of this endorsement 1. Primary Wording If required by written contract or agreement Such insurance as is afforded by this policy shall be primary insurance, and any insurance or self-insurance maintained by the above additional insured(s) shall be excess of the insurance afforded to the named insured and shall not contribute to it 2. _Waiver of Subrogation If required by written contract or agreement We waive any right of recovery we may have against an entity that is an additional insured per the terms of this endorsement because of payments we make for injury or damage arising out of "your work" done under a contract with that person or organization 3 Neither the coverages provided by this insurance policy nor the provisions of this endorsement shall apply to any claim arising out of the sole negligence of any additional insured or any of their agents/employees 4 This endorsement does not apply to any work involving or related to properties intended for permanent residential or habitational occupancy (other than apartments) A The words "you" and "your" refer to the Named Insured shown in the Declarations. "Your work" means work or operations performed by you or on your behalf; and materials, parts or equipment furnished in connection with such work or operations. ANF-ES 160 (5/2006) DATE(MMIDDIYYYY) A,CORDM CERTIFICATE OF LIABILITY INSURANCE 12/07/2006 PRODUCER (509)325-3024 FAX (509)325-1803 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Moloney, O'Neill , Corkery & Jones, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1206 N Lincoln, Suite #200 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Spokane, WA 99201 Hal Seim INSURERS AFFORDING COVERAGE NAIC# INSURED Engineered Control Systems Inc INSURERA Nationwide Mutual Insurance 2702 N Perry INSURER Spokane, WA 99207 INSURERC INSURER D INSURER E COVERAGE THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ CLAIMS MADE ❑ OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ POLICY PROCT LOC JE AUTOMOBILE LIABILITY ACP7502251123 06/11/2006 06/11/2007 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY A SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Peraccident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ X'y1XIXlXXXi WC STATU- I OTH- TIMITS FIR EMPLOYERS'LIABILITY ANY PROPRIETOWPARTNER7EXECUTIVE E L EACH ACCIDENT $ OFFICEPJMEMBER EXCLUDED EL DISEASE-EA EMPLOYEE $ If yes, a under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT I $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ity of Kent as additonal insureds as respect to the work performed by the named insured CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Kent 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn: Rosalie Givens, Parks Facility BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 220 4th Avenue South OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES Kent, WA 98032 AUTHORIZED REPRESENTATIVE ^' Hal Seim/SRW ACORD 25(2001108) ©ACORD CORPORATION 1988 Statement of Intent to Pay Prevailing Wages Page 1 of 1 Prevailing Wage Section Department of Labor& - _ Statement of Intent to Pay Industries Prevailing Wage PO Box 44540 Olympia, WA 98504-4540 (360) 902-5335 Received: Intent Id. Status: 12/06/2006 135526 Approved on 12/06/2006 COMPANY Company ENGINEERED CONTROL SYSTEMS INC Information: ENGINCS054DB 601 609 420 884,950-00 2702 N PERRY SPOKANE, WA 99207 (509)483-6215 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: KENT, CITY OF 220-4TH AVE S KENT, WA 98032-5895 County. KING Multiple Counties?No City: Kent Project Name: Security Electronics Upgrade Contract Number. ECS Contract Bid Due Date: 11/28/2006 Award Date: 12/05/2006 Prime Contractor: ENGINEERED CONTROL SYSTEMS INC ENGINCS054DB (509)483-6215 Does Your Company intend To Hire No Subcontractors To Perform Ali Work? Does Your Company Intend To Hire Any No Subcontractors? Apprentices? No $Amount: $269,237 00 Time and Materials No Number of Owners 0 Filed by: Alan Dernbach Dernbach EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage I Fringe # Workers KING ELECTRONIC ELECTRONIC TECHNICIANS $25.00 $6.00 1 TECHNICIANS JOURNEY LEVEL ENGINEERED CONTROL SYSTEMS https://secureaccess.wa.gov/lnl/pwia/Intent/IntentPnnt.asp?ID=135526 12/7/2006 /ZZ-� FACILITIES MANAGEMENT Charles Lindsey Superintendent 220 4"Avenue South Kent, WA 98032 Fax 253-856-6080 PHONE: 253-856-5080 August 29, 2007 Bob Ellis, President Engineered Control Systems 2702 North Perry Spokane, Wa. 99207 RE: Corrections Control Panel Replacement Dear Bob Ellis: I have made a final inspection of the Kent Correction Control Panel Project and found that the project is completed to my satisfaction. This letter serves as final acceptance of the Goods and Services project effective as of August 29, 2007. The one-year warranty period will remain in effect through August 29, 2008. Please make sure that all necessary State documents have been completed and filed. If you have any questions, please call me at (253)856-5082. Sincerely, Mike Hattrup, Project Coordinator C: Jeff Watling, Parks Director Recreation & Community Services Chauntelle Kristek, Project Accountant MH/rg City of Kent Parks, Recreation &Community Services Jeff Watling, Director